Medical Support Services for CBP (including medical exams, fitness for duty, drug testing, and related services)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is soliciting proposals for comprehensive Medical Support Services. This single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with an estimated maximum value between $400 million and $600 million, will support both the National Programs Division (NPD) and the CBP Hiring Center (HC). Proposals are due April 28, 2026.
Scope of Work
The contractor will provide nationwide and select international medical services, including:
- Employee Services (NPD): Fitness for duty evaluations, return to work reviews, medical documentation reviews, medical and psychiatric consultations, and administration of the Drug-Free Workplace Program (DFWP), including drug testing and Medical Review Officer (MRO) services.
- Pre-Employment Services (CBP HC): Pre-employment medical examinations, fitness testing (PFT-1), drug test specimen collection and analysis, medical and mental health consultations, and MRO services for candidates. Services require a contractor network capable of providing support within a 60-mile radius of employee or candidate locations, with exceptions for overseas and rural areas. The contract supports high-volume, time-sensitive processing, with historical annual volumes exceeding 40,000 pre-employment medical exams, 50,000 fitness tests, and 45,000 drug tests.
Contract & Timeline
- Contract Type: Single-award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Unit Price task orders.
- Period of Performance: 60 months, consisting of five 12-month ordering periods (tentatively August 1, 2026, to July 31, 2031).
- Estimated Value: $400,000,000 - $600,000,000 (IDIQ Maximum).
- Set-Aside: UNRESTRICTED.
- Proposal Due: April 28, 2026, 9 PM ET.
- Published: April 17, 2026.
Submission & Evaluation
Proposals will undergo a Two-Phase Process:
- Phase I: Submission of a written technical/management approach, past performance, and prior experience questionnaire.
- Phase II: Oral presentation, Small Business Utilization Plan, and cost/price proposal. Evaluation factors, in descending order of importance, include Technical & Management Approach, Oral Presentation, Prior Experience, Past Performance, Small Business Utilization & Mentor-Protégé Participation, and Price. Non-price factors are significantly more important than price, with award based on a best-value trade-off. A Small Business Utilization Plan is required from all offerors.
Key Requirements
Offerors must demonstrate compliance with DHS/CBP security, privacy, and IT requirements, including background investigations for personnel and the use of a secure, web-based data system with real-time dashboards. Strict quality control, adherence to HHS Mandatory Guidelines for drug testing, and a detailed transition-in plan are mandatory. Contractor is responsible for providing all testing equipment and facility costs to meet the 60-mile access requirement.